This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice.
Offers are being requested and a written solicitation will not be issued. The contract resulting from this procurement will be a firm fixed price contract. The solicitation SPE600-17-Q-0320 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 dated 12 Jan 2017. DPAS rating for potential award is DO. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at http://farsite.hill.af.mil/vffara.htm.
Scope of Contract:
CLIN 0001:
NSN: 9140-01-524-0139 (DS2)
DIESEL FUEL
Quantity: 25,000 USG
Required Delivery Dates:
15,000 Gallons on MAY 03, 2017 - 1700 EST
5,000 Gallons on MAY 08, 2017 - 1200 EST
5,000 Gallons on MAY 10, 2017 - 1200 EST
Delivery Address:
Camp Atterbury
Building 3 Clark St.
Building 3 Clark St.
EDINBURGH (CAMP ATTERBURY)
USA IN 46131
Mode: TANK TRUCK W PUMP
No. of Tanks Capacity Type Tank Location
3 2500 ABOVE GROUND TANK(S)
3 5000 ABOVE GROUND TANK(S)
Delivery Hours: 1000 - 1500HRS MONDAY - FRIDAY AND 1100 - 2300HRS SATURDAY - SUNDAY
Delivery Notes: Upon delivery at Camp Atterbury, IN (MAIN GATE). Delivery into M978 Tank truck; bring appropriate hoses and connections. Truck to truck doc will be submitted. Receiving vessels will be Mobile
FOB Destination.
Electronic Funds Transfer as a means of payment will be made upon receipt and acceptance of all products through Wide Area Work Flow (WAWF).
The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1. Technical specifications, 2. Past performance; and 3) Price. Evaluation factors are approximately equal. The contract award will be offered to the best value offer made to the Government, considering technical, past performance, and price. 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items. In paragraph (b) of 52.212-5, the following apply: FAR 52.219-6, 28, 52.222-3, 19, 21, 26, 52.223-18, 52.225-5, and 52.232-34. FAR 52.246-2, DFAR 252.212-7001 in paragraph (b) of 252.212-7001, the following apply: 252.203-7000, 252.225-7021, and 252.232-7003. FAR 52.211-16 with a 10% variance above or below, as well as 52.211-11 shall be applicable.
All responsible offerors respond to Maytee Montalvan [email protected]
NLT TODAY 1:00pm Fort Belvoir, Virginia local time (USA) May 2, 2017;
Send questions to the Contracting Specialist, Maytee Montalvan 703-767-1512, FAX: 703-767-8506, or email: [email protected] and [email protected] by RFQ NLT date/time.
FAX quotations will be accepted.